CAPITAL PROGRAM SERVICES 5750 ALMADEN EXPRESSWAY … Addendum No. … · 3,000 psi and 4,000 psi)...
Transcript of CAPITAL PROGRAM SERVICES 5750 ALMADEN EXPRESSWAY … Addendum No. … · 3,000 psi and 4,000 psi)...
ADDENDUM NO. 4 UPPER LLAGAS CREEK FLOOD PROTECTION PHASE 1: R4, PORTION R5, R7A, AND LAKE SILVEIRA PROJECT, C0645
CAPITAL PROGRAM SERVICES 5750 ALMADEN EXPRESSWAY
SAN JOSE, CA 95118-3686 TELEPHONE (408) 265-2600
FACSIMILE (408) 979-5631 www.valleywater.org
Santa Clara Valley Water District Notification of this Addendum is transmitted via email to all current plan holders.
This Addendum is posted on the Valley Water website at https://www.valleywater.org/Construction
June 21, 2019
ADDENDUM NO. 4 TO CONTRACT DOCUMENTS FOR THE
UPPER LLAGAS CREEK FLOOD PROTECTION PROJECT, PHASE 1 Project No. 26174052 Contract No. C0645
Notice is hereby given to Prospective Bidder that the Contract Documents are modified as hereinafter set forth.
BID DOCUMENTS
BID FORM NO. 1
REPLACE BID FORM NO.1 (Rev. 1) with:
BID FORM NO.1 (Rev. 2) - (ATTACHMENT 1)
INSTRUCTIONS TO BIDDERS
Paragraph 19. BID PROTEST
REPLACE Paragraph 19.A. with:
“A. Any Bid protest relating to the form or content of the Bid Documents must be submitted in writing to the Engineer as identified in the Special Provisions, Engineer, Article 13.01. The protest must be received before 5 p.m. three (3) business days in advance of the Bid opening. Any Bidder who fails to submit a protest before the Bid opening deadline will be deemed to have waived any protest to the form or content of the Bid Documents.”
REPLACE Paragraph 19.B. with:
“B. Any Bid protest unrelated to Paragraph 19.A. must be submitted in writing to the Engineer identified in the Special Provisions, Engineer, Article 13.01. The protest must be received before 5 p.m. on the third business day following the Bid opening.”
Page 1 of 12
ADDENDUM NO. 4 UPPER LLAGAS CREEK FLOOD PROTECTION PHASE 1: R4, PORTION R5, R7A, AND LAKE SILVEIRA PROJECT, C0645
SPECIFICATIONS AND CONTRACT DOCUMENTS
SPECIAL REQUIREMENTS
Section 17. Permits and Regulations
Article 17.03. Noise Monitoring
REPLACE the third to last Sentence of Article 17.03.01.G with:
“G. Noise monitoring shall be performed by Contractor using a Type 1 Sound Level Meter, as specified by the latest ANSI standards, measuring a dynamic range of 40-120 dB. Noise levels shall be A-weighted with a minimum sampling rate of 64 samples per second (Fast). Root Mean Square (RMS) sound pressure levels (SPLs) shall be expressed by the descriptors L (max) and Leq(h). Microphones shall be equipped with windscreens and shall be positioned as designated by the Engineer. Monitoring shall be performed for a duration of at least 60 minutes during each work operation. Additional spot readings shall be taken as directed by the Engineer to assure the noise level during work operations are within the allowable limits. Noise monitoring equipment shall be calibrated before each work shift. Contractor shall use noise monitoring equipment with current calibration. Calibration shall be verified prior to each shift. The noise monitor shall print data to a serial printer, providing immediate on-site results. The Contractor shall keep a copy of all documentation and submit one copy to the Engineer on a daily basis.”
TECHNICAL REQUIREMENTS
Section 22. Preparatory Work
Article 22.07. Non-Native Plant Control
REPLACE Articles 22.07.06.A and 22.7.06.B with:
“A. Initial Himalayan blackberry control shall be field measured per 1/8 acre.
B. Initial Giant Reed control shall be field measured per 1/8 acre.”
REPLACE Articles 22.07.07.A and 22.07.07.B. with:
“A. Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for performing all Work involved in initial Himalayan blackberry control, including Himalayan blackberry above-grade biomass mowing and legal disposal, and other work as shown on Drawings, as detailed in these Specifications, and as directed by Engineer. Engineer will confirm completion of the initial Himalayan blackberry control. All costs shall be included in the unit price bid item per 1/8 acre for INITIAL HIMALAYAN BLACKBERRY CONTROL, Bid Item No. 22-10.
B. Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for performing all work involved in initial giant reed control, including above-grade biomass removal and legal disposal, root excavation, and other work as shown on Drawings, as detailed in these Specifications, and as directed by Engineer. Engineer will confirm completion of initial giant reed control. All costs shall be included in the unit price bid per 1/8 acre for INITIAL GIANT REED CONTROL, Bid Item No. 22-11.”
Page 2 of 12
ADDENDUM NO. 4 UPPER LLAGAS CREEK FLOOD PROTECTIONPHASE 1: R4, PORTION R5, R7A, AND LAKE SILVEIRA PROJECT, C0645
Section 26. Site Utilities
Article 26.02. Storm Drains
REPLACE Article 26.02.01.07.B with:
“B. Full compensation for furnishing all labor, materials, testing, tools, equipment, inlets, Type 1 or Type 2 outlets, manholes, rock slope protection, protection of existing utilities, dust and erosion control, saw cutting of pavement, excavation, disposal of excess material, concrete collars, connecting to existing pipelines, bedding, backfill, compaction, pipe testing, surface restoration, pavement, striping and other pavement markings, sidewalks, curbs, gutters, valley gutters, CCTV inspection, and incidentals required to install the reinforced concrete pipe as shown on the Drawings and as specified in these Specifications shall be included in the unit price bid each per linear feet for 18-INCH RCP STORM DRAIN - NEW, Bid Item No. 26-4.”
Section 29. Concrete
Article 29.06. Cast-in-Place Concrete
Delete the word “Structural” from Article 29.06.07.A as follows:
“A. Full compensation for furnishing all labor, materials, tools, equipment and incidentals, and for doing all work to supply Structural Concrete (1,500 psi, 3,000 psi and 4,000 psi) per this Article to construct reinforced concrete structures as shown on the Drawings, as specified by these Specifications will be included in the lump sum bid or unit price bid for the item of work which requires structural concrete, and no additional payment will be made thereof.”
Section 40. Landscape and Revegetation
Article 40.04. Seeding
REPLACE Article 40.04.03.C with:
“C. Hydroseeding – Bid Item No. 40-5”
Section 42. Excavated Materials Management
Article 42.01.02 Materials
REPLACE Article 42.01.02.C with:
“C. Excavated Material for reuse on the Project site shall meet the requirements specified for their intended use and the requirements of this Section 42, Excavated Materials Management.”
Article 42.01.03.J. Hazardous Waste Manifests
ADD Article 42.01.03.J.11 as follows:
“11. The District will be the Generator for all Regulated materials pre-existing on the Project site and will sign the associated waste manifests accordingly. The Contractor will be the Generator for all regulated materials introduced to the Project site by the Contractor or for any unauthorized releases of regulated
Page 3 of 12
ADDENDUM NO. 4 UPPER LLAGAS CREEK FLOOD PROTECTIONPHASE 1: R4, PORTION R5, R7A, AND LAKE SILVEIRA PROJECT, C0645
materials occurring as a result of Contractor activities; in such cases, the Contractor will sign the associated waste manifests in accordance with Article 10.11.02. The District shall be responsible for paying the State Superfund fees, the generator’s fees, and other costs of disposal of pre-existing regulated material wastes unless specifically stated otherwise in these Specifications.”
MAP AND CONSTRUCTION PLANS
DRAWINGS
REPLACE Sheet C-112, in Detail 1, Scale 1" = 6' with: Scale 1" = 3’
REPLACE Sheet GC-10, Detail 2, Slide Gate.
DELETE Sheet GS-3, Detail 03000
GENERAL QUESTIONS AND RESPONSES
Question 1. Please clarify bid item 42-2. All of the local landfills are listed as Class III and not Class II Landfills (Newby Island, Kirby Canyon, Zanker Rd). Furthermore, there are two types of landfill options. Cover soil and Direct Burial/Disposal. Please clarify whether this bid item includes both Class II and Class III landfills. Please also clarify if this bid item is for Landfill Cover soil or for landfill direct burial/disposal.
Response 1. For bidding purposes, Bid Item 42-2 quantity shall be assumed to be legally disposed of at a Class II Landfill as direct non-hazardous waste disposal. Bid item 42-2 is not intended to capture additional cost for soil being reused as daily landfill cover. Daily landfill cover is considered a re-use option that is included under bid item 23-1. Receiving landfill screening criteria was provided for informational purposes only in the Soil and Groundwater/Surface Water Management Plan (ex. Newby Island, Kirby Canyon, Zanker Rd.), but it remains the contractor’s decision to determine the legal disposal of soil.
Question 2. How were the volumes determined for Bid Items 42-1, and 42-2? Were these volumes derived from specific areas identified within the project that are already pre-classified? If so, where are these areas? Or are these plug volumes for material that might fall under these classifications after additional soil testing?
Response 2. The volumes for Bid Item 42-1 and Bid Item 42-2 were not derived from identified pre-classified areas. The volume for Bid Item 42-1 (3,300 CY) was selected as a small percentage of overall excavation quantities. The volume for Bid Item 42-2 (6,500 CY) was selected using the assumption of approximately 1% of the excavation volume (650,000 CY).
Question 3. Due to tightening regulations with non-landfill re-use facilities and the reduced metals limits shown within the updated 2019 RWQCB Environmental Screening Limits (ESL’s), only a fraction of this soil may be suitable for reuse at a construction site or reuse facility other than a landfill. As a consequence much of the excess soil may require reuse as Daily cover at a Class II or Class III landfill (Daily cover). As mentioned within the SMP re-use at a Class II or Class III landfill as daily cover soil is included as one of the re-use options. Is bid item 42-2 intended to capture
Page 4 of 12
ADDENDUM NO. 4 UPPER LLAGAS CREEK FLOOD PROTECTIONPHASE 1: R4, PORTION R5, R7A, AND LAKE SILVEIRA PROJECT, C0645
the additional cost for soil being reused as Daily cover? If not, how should the contractor price the cost difference of Class II/Class III landfill daily cover from reuse at other locations besides a landfill?
Response 3. For bidding purposes, Bid Item 42-2 quantity shall be assumed to be legally disposed of at a Class II Landfill as direct non-hazardous waste disposal. Bid item 42-2 is not intended to capture additional cost for soil being reused as daily landfill cover. Daily landfill cover is considered a re-use option that is included under bid item 23-1. Bid items 42-1 and 42-2 covers soils that require disposal at regulated waste facilities and do not qualify for other reuse options.
Question 4. We would appreciate your consideration of a Bid Date extension for the Project. Due to the extensive plans and specifications & the complexity of the project, we are requesting that the bid date be extended by at least one week to allow contractors (and our potential subcontractors) to more fully analyze the project. The lack of electronic (CAD) files to assist with our take off efforts has also influenced our request for this extension.
Response 4. The Bid Date has been extended to July 2nd, 2019. See Addendum No.3.
Question 5. Please clarify legend and plan demarcation on Demo and Removal Plans, specifically Non-Native Plant Control – Himalayan Blackberry Control Areas. Plan sheets (see D-28 for example) have two different infill areas shown that are very similar to the Non-Native Blackberry Legend which is the Blackberry and what is marked by the other. Sheet D-28 at 4011+25 shows a clear change side by side of two areas that could be interpreted as Blackberry Control area. Please clarify the difference in these areas and the legend.
Response 5. The question refers to one hatch that looks like an “x” and one hatch that looks like a smaller plus sign (+). Both of these hatches represent the same thing (Non-Native Plant Control - Himalayan Blackberry Control Areas). Within the CAD program one hatch was rotated and scaled differently from the other hatch in the other area. Each D sheet has a legend.
Please note, on sheets from D-20 to D-29 and from D-101 to D-104 the hatch consisting of short diagonal lines represents “Limits of Over Decompaction”. On sheets from D-54 to D-90 the hatch consisting of short diagonal lines represents “Non-Native Plant Control – Giant Reed Control Areas – Inside Planting Area”.
Question 6. P. 23-1 Item 10: We are unable to find any existing box culverts on the plans or in the field. Are there existing box culverts with material removal on the project?
Response 6. Removal of material from existing box culverts is not included in the Project. Structural excavation to remove material in order to construct new box culverts/structures as part of the Project is covered under specification Section 23.10.
Question 7. Reference the provided cross sections and contour grading plans for Silveira Lake, are the finish grades shown to subgrade of topsoil or top of the top soil?
Page 5 of 12
ADDENDUM NO. 4 UPPER LLAGAS CREEK FLOOD PROTECTIONPHASE 1: R4, PORTION R5, R7A, AND LAKE SILVEIRA PROJECT, C0645
Response 7. Finish grades shown on the Project Plans includes the placement of topsoil in areas that require topsoil.
Question 8. P. 22-30 Section 22.07.01-B: It seems unreasonable to ask the bidders to survey the entire site to locate Giant Reed and Himalayn Blackberry Control Areas and take on the responsibility of generating a quantity for a lump sum bid item. Please consider paying these items by a measured field quantity.
Response 8. Bid Items 22-10 and 22-11 have been revised from lump sum to field quantity measured per 1/8 acre. Please see the revised BID FORM NO. 1 (REV 2) as ATTACHMENT 1 in this Addendum No. 4, and the revised specifications above.
Question 9. Reference the Soil and Groundwater/Surface Water Management Plan – Table 1 and BI 23-1 Excavation. Our quantity take-off for total excavation including all the items specified (bedload, topsoil, low flow, excavation) is very close to that shown on Table 1, 785,000 CY. It appears that the volume of topsoil excavation has been excluded from the bid item 23-1, 650,000 CY, although the bid item narrative indicates topsoil excavation is paid for in the excavation item.
Response 9. The quantity for Bid Item 23-1 has been revised to 745,000 CY. Please see the revised BID FORM NO.1 (Rev 2) (ATTACHMENT 1). Table 1 in the Soil and Groundwater/Surface Water Management Plan shows 785,000 CY, but that includes the excavation at Lake Silveira. The excavation at Lake Silveira is paid under Bid Item 41-1 Improvements at Lake Silveira (see specification Section 41.01.08.A.1).
Question 10. We respectively request a one (1) week extension to the bid date. It was mentioned at the pre-bid meeting that this is just a dirt job but it is a complicated dirt job in terms of dewatering and disposal, some additional time would be very helpful in getting all the logistics figured out.
Response 10. See Response to Question No. 4.
Question 11. Lake Outlet Structure Section A on Dwg C-110 requires a 3’ x 3’ Gate with reference to Detail 2 on Dwg GC-10. However, the Schedule at the bottom of Detail 2 on Dwg GC-10 indicates the Lake Silveira Outlet Slide Gate is 24”x24”. Please clarify the desired size of this Slide Gate.
Response 11. The 3-ft x 3-ft opening on Dwg C-110 is correct. Modify the schedule at the bottom of Detail 2 on Dwg GC-10 to indicate a 3’x3’ gate as shown on ATTACHMENT 2 of this Addendum No. 4.
Question 12. Please clarify the scope of work required within the “limit of over decompaction” noted in the D- Series drawings. Are these areas currently over-decompacted and require compaction or are these areas required to be decompacted per Planting Area Preparation Spec Section 40.02 (and Bid Item 40-1)?
Response 12. The work required to perform decompaction within the limits of over decompaction shown on the D-sheets is described in Section 40 under Article 40.02.03.B. and paid for under Bid Item 40-1.
Page 6 of 12
ADDENDUM NO. 4 UPPER LLAGAS CREEK FLOOD PROTECTIONPHASE 1: R4, PORTION R5, R7A, AND LAKE SILVEIRA PROJECT, C0645
Question 13. (Hexagonal) Construction Note 20 is referenced in the Profile at Station 479+50 (presumably associated with the existing Verizon at this location). Please provide Construction Note 20.
Response 13. The Verizon line shown in the profile at this location (PP-23 station 479+50) does not exist. The line was deleted from the plan window but not the profile window. Delete the reference to the utility and (Hexagonal) Construction Note 20 in the profile window, as shown on ATTACHMENT 3 of this Addendum No. 4.
Question 14. A note on Dwg PP-73 upstream of the Inlet Structure at the Sta 108+00 tributary indicates to “construct 115.5’ of 3 rail wood fence … Fence to located at same location to adjoin existing fence and fence to be provided by others.” Please clarify which element(s) of this fencing scope are provided by others and which are to be performed by Contractor.
Response 14. The Contractor is to provide and install 115.5’ of 3 rail wood fence with barbed wire. The fence will be installed between an existing fence at the edge of the temporary construction easement and a future fence at the edge of the temporary easement. The future fence at the edge of the temporary easement will be provided and installed by others. Please refer to Project Plans sheets PP-72 and C-63.
Question 15. In reference to the Builder’s Risk policy (Paragraph 13.16.01.C of Article 13), please advise if the policy’s term may end at Substantial Completion Milestone 2. (Extending the Builder’s Risk policy term through the 3-year Plant Establishment and Maintenance period will approximately double the cost of the Builder’s Risk policy.)
Response 15. Builder’s Risk policy must extend through completion and acceptance of Milestone 2 by the District’s Board of Directors.
Question 16. At Lake Silveira Dwgs D-102, D-103, D-104 there are hatched areas shown for both “Limits of Over Decompaction” and “Non-Native Plant Control – Himalayan Blackberry Control Areas”. On each of these 3 drawings there is also a third unidentified area hatched with a hatching density between the two aforementioned areas. Please advise what this unidentified hatched area represents
Response 16. The question refers to one hatch that looks like an “x” and one hatch that looks like a smaller plus sign (+). Both of these hatches represent the same thing (Non-Native Plant Control - Himalayan Blackberry Control Areas). Within the CAD program one hatch was rotated and scaled differently from the other hatch in the other area. Each D sheet has a legend.
Please note, on sheets from D-20 to D-29 and from D-101 to D-104 the hatch consisting of short diagonal lines represents “Limits of Over Decompaction”. On sheets from D-54 to D-90 the hatch consisting of short diagonal lines represents “Non-Native Plant Control – Giant Reed Control Areas – Inside Planting Area”.
Question 17. Paragraph 5.07.B indicates imposition of Liquidated Damages shall not preclude the District from taking other action as deemed appropriate to ensure performance of the Contract. Paragraph 6.02.05.A.7.b indicates that the District may withhold payment to cover actual or Liquidated
Page 7 of 12
ADDENDUM NO. 4 UPPER LLAGAS CREEK FLOOD PROTECTIONPHASE 1: R4, PORTION R5, R7A, AND LAKE SILVEIRA PROJECT, C0645
Damages if District determines that the Work will not be completed within the Contract Time(s). Please confirm that the Liquidated Damages (as listed in the Special Provisions) are the District’s sole means to recover damages from the Contractor if the Work is not completed within the Contract Time(s).
Response 17. No, the District may also consider actual damages.
Question 18. Paragraph 17.03.01.G indicates to calibrate noise monitoring equipment prior to each shift. Alternatively, please confirm that the noise monitoring equipment’s calibration shall be validated prior to each shift and that if the equipment is no longer properly calibrated it shall then be calibrated.
Response 18. Article 17.03.01.G has been revised. See revised language included in this Addendum No. 4.
Question 19. In reference to Article 10.11, please confirm (1) that Materials generated as a result of the Contractor’s operations do not include Regulated materials pre-existing on the Project site and that (2) District is the Generator for all Regulated materials pre-existing on the Project site.
Response 19. Confirmed.
Question 20. Article 10.11.02.D indicates Contractor shall be responsible for signing the Nonhazardous Waste Manifests and the Hazardous Waste Manifests and for paying the State Superfund fees, the generator’s fees, and other costs of disposal of these wastes unless specifically stated otherwise in these Specfication and that Contractor shall be identified as the owner and generator of the wastes associated with unauthorized releases or discharges. Article 42.01.01.E.1 indicates the District will be the Generator. Please confirm the District will be the Generator for all Regulated materials pre-existing on the Project site and will sign the associated Manifests accordingly.
Response 20. The District will be the Generator for all Regulated materials pre-existing on the Project site and will sign the associated waste manifests accordingly. The Contractor will be the Generator for all regulated materials introduced to the Project site by the Contractor or for any unauthorized releases of regulated materials occurring as a result of Contractor activities; in such cases, the Contractor will sign the associated waste manifests in accordance with Article 10.11.02. The District shall be responsible for paying the State Superfund fees, the generator’s fees, and other costs of disposal of pre-existing regulated material wastes unless specifically stated otherwise in these Specifications.
See new Article 42.01.03.J.11 in this Addendum No. 4.
Question 21. At the Pre-Bid Meeting it was indicated that the Project was targeting an Award of July 9. Article 10.14.07.A indicates Biologist’s qualifications must be favorably reviewed prior to any Work. Article 18.04.02.C indicates the Biologists’ must be approved by CDFW and USFWS and Article 19.01.03.A.1 indicates this will be provided within 60 calendar days. This leaves little to no time to remove the projects’ 1,000+ trees within the permits’ imposed work constraints. Please confirm that any and all Project Delays due to nesting resulting from the inability to
Page 8 of 12
ADDENDUM NO. 4 UPPER LLAGAS CREEK FLOOD PROTECTIONPHASE 1: R4, PORTION R5, R7A, AND LAKE SILVEIRA PROJECT, C0645
successfully Clear the Project this year will be addressed as a Compensable Delay.
Response 21. District will submit the Biologist’s qualifications to the regulatory agencies of California Department of Fish and Wildlife and the U.S. Fish and Wildlife Service for approval. Contractors are not required to submit qualifications for the Contractor’s Qualified Biologist until Notice to Proceed, however, the Contractor may choose to submit qualifications earlier than Notice to Proceed.
The Contractor is encouraged to concentrate on tree removal and trimming efforts in the areas where the Contractor intends to begin construction. The Contractor is responsible for Project delays due to nesting. Tree removal is not the only tool available to deter bird nesting; it is in the Contractor’s best interest to use multiple forms of bird deterrents to prevent nesting.
Question 22. Is this project subject to the Buy America or Buy American requirements for steel products?
Response 22. No.
Question 23. When trying to scale the Poppy Jasper Mine Security Enclosure the stated 4’ wide gate scales out to be 8’ wide. Is it possible to have the dimensions for the enclosure given or please confirm the scale 1” = 6’ is correct. I the scale is correct then the gate is mislabeled. Please clarify.
Response 23. The scale should be 1" = 3'. Refer to revision to sheet C-112 in this Addendum and ATTACHMENT 4 of this Addendum No. 4.
Question 24. Item 28-4 the Single Swing Gates it states there is 3 each. We found 5 each of the Single Swing Gates. Please confirm the correct quantity of the Single Swing Gates.
Response 24. The correct quantity of Single Swing Gates is 5. See updated BID FORM NO. 1 (Rev 2) as ATTACHMENT 1 in this Addendum No. 4
Question 25. Item 28-5 the Double swing Gates it states there is 17 each. We found 25 each of the double Swing Gates. Please confirm the correct quantity of the Double Swing Gates.
Response 25. Response to Question 16: The correct quantity of Double Swing Gates is 25. See updated BID FORM 1 (Rev 2) as ATTACHMENT 1 in thisAddendum No. 4
Question 26. Item 28-6 Miscellaneous Fencing is not very clear on how much and the type of fences that are to be modified along the right of way. Is it possible to have a better and clearer amount of footage and type of fence work required along the existing effected fence lines.The information given on the plans make it difficult to evaluate the cost of needed work.
Response 26. The Bidders should anticipate a variety of fencing materials. It is in the Contractor’s best interest to salvage as much of the existing materials as possible. The Contractor is not expected to replace significant portions of the adjacent property owners’ fences, only to adapt their existing fence to
Page 9 of 12
ADDENDUM NO. 4 UPPER LLAGAS CREEK FLOOD PROTECTIONPHASE 1: R4, PORTION R5, R7A, AND LAKE SILVEIRA PROJECT, C0645
provide site security for the adjacent property as described in Section 28.11.
Question 27. This is a large project and has a great deal of items of work to price. Is it possible to have the bid date for this project be postponed so that more time is given to prepare our bids.
Response 27. See Response 4 in this Addendum No. 4.
Question 28. Will the contractor be allowed to leave stockpiled non-hazardous material in the provided staging areas up until the project is fully completed 2,095 Calendar days, or is the contractor required to have staging areas returned (Disked and hydroseeded) after 1,000 calendar days?
Response 28. (REVISED RESPONSE, QUESTION 15 ADDENDUM NO. 2) The Contractor Shall be allowed to leave stockpiled material up until the completion of milestone No. 2 (1,000 calendar days). All stockpiled material shall be removed prior to acceptance of Milestone 2 by the District’s Board of Directors. The Contractor’s attention is directed to Temporary Construction Easement Agreements in Appendix B of the Project Specifications for expiration dates of non-District owned staging areas.
Question 29. Please advise where the Patch @ 72” SD Opening Detail 03000 on Dwg GS-3 is to be performed.
Response 29. Detail 03000 is from Phase 2 of the project and not applicable to Phase 1. Delete detail 03000 on sheet GS-3, as shown on ATTACHMENT 5 of this Addendum No. 4.
Question 30. Please confirm that Herbicides test method will not be required as part of soil testing.
Response 30. Tables 5a through 5c in the Soil and Groundwater/Surface Water Management Plan lists typical testing parameters needed to evaluate reuse options. Previous environmental investigation reports for some properties within the Project Area did not identify herbicides as a significant concern, and there are no beneficial reuse criteria established for herbicides for in-channel reuse (Table 2) therefore analyses listed under Table 5a for in-channel beneficial reuse does not include herbicides. Herbicide analysis is listed in Table 5b for off-site reuses. The need to test for herbicides will be determined by the Contractor and depend on requirements of the off-site reuse option selected. There may be circumstances where profiling for waste disposal at a landfill could require testing for herbicides. Those circumstances could include landfill acceptance criteria and/or other reasons that the Contractor identifies herbicides as a potential chemical of concern.
Question 31. We would like to request Upper Llagas get pushed back 3 weeks so we will have the opportunity to bid on both projects.
Response 31. See Response 4 in this Addendum No.4.
Question 32. Table 3 Off-site Reuse Screening Criteria for Excess Material mentions Tier 1 ESLs as applicable to unrestricted reuse of export material. Several other screening levels are provided. Which clean screening level is being used to define the difference between clean and class 2 soil?
Page 10 of 12
ADDENDUM NO. 4 UPPER LLAGAS CREEK FLOOD PROTECTIONPHASE 1: R4, PORTION R5, R7A, AND LAKE SILVEIRA PROJECT, C0645
Response 32. ESLs provide guidance on appropriate reuse options based on protection of human health and the environment and do not correlate directly with waste classification for disposal. In evaluating reuse options, the Contractor needs to understand the basis of individual ESLs to determine appropriate reuse options. The ESLs do not determine waste classification for disposal purposes. Waste soil for disposal follows rules and regulations for hazardous waste (California and federal standards) and acceptance criteria of non-hazardous waste at California Class 2 landfills. Each landfill has its own acceptance criteria according to its own permitting requirements. Typically, Class 2 materials would consist of those that do not qualify for reuse options according to the ESLs but do not exceed hazardous waste thresholds.
Question 33. Regarding Pay Item 42-1 “Removal and Legal Disposal of Hazardous Waste Materials”, given the definition in 42.01.01 E. 2 & 3, this seems to cover both Class1 RCRA and Class 1 Non-RCRA (California Hazardous). These classifications have two different unit prices. Please clarify.
Response 33. Based on preliminary testing, Resource Conservation and Recovery Act (RCRA) waste is not anticipated. The Contractor can assume for bidding purposes that the entire quantity of Bid Item 42-1 can be disposed as Class 1 Non-RCRA waste.
Question 34. How is 3,300 CY of hazardous material established when there are no leachate test ran for all Chromium, Lead and Nickel exceedances over the TCLP and STLC trigger levels?
Response 34. The volume for Bid Item 42-1 was not derived from identified pre- classified areas. The volume was selected using a percentage of the overall excavation volume that could be classified as hazardous for disposal purposes. The Contractor is responsible for performing the necessary testing for waste profiling and disposal.
Question 35. How is 6,500 CY of Non-Hazardous Waste (Class 2) material defined from clean or hazardous soil?
Response 35. The volume for Bid Item 42-2 (6,500 CY) was not derived from identified pre-classified areas. The volume was selected using a percentage of the overall excavation volume that could be classified as non-hazardous Class 2 waste according to California laws and regulations. The Contractor is responsible for performing the necessary testing for waste profiling and disposal.
Question 36. Bid item 22-14 Standing Snag Habitat Feature, I cannot find them on the plans anywhere and there is no quantity, lump sum item. Don’t know what to bid.
Response 36. Bid Item 22-14 Standing Snag Habitat Feature is specified under Article 22.07.03.H Standing Snag Habitat Feature (Girdled Non-Native Trees). The Girdled Non-native Trees are shown on the D-sheets on the Debris and Vegetation Removal Plan.
Question 37. Please reference Spec section 40.02.07 Payment for the Planting Area Prep Section. Note that the specification identifies for the Contractor to provide a unit price for 42,000 square feet of Decompaction. However, Plan Sheet D-104 shows an area designated as the “Limits of
Page 11 of 12
Decompaction" to be approximately 73,000 sf. ls this area to be included with the Planting Area Prep Bid Item? Or only the 42,000 sf listed in the specifications. Please clarify this item and provide an updated quantity if needed.
Response 37; Bid Item 40-1 Planting Area Preparation (lump sum) includes the labor and equipment to decompact the decompaction areas shown on the drawings. On Sheet D-101 and D-104 there is 84,000 square feet (approx.) of decompaction shown.This 84,000 square feet is included in Bid Item 40-1. During the construction phase, the District may find new areas that need decompaction. These new areas would be added to the Project using the unit price identified in the Schedule of Values for Landscape Related Items. Also, during the construction phase, the District may find that the area currently identified for decompaction does not need decompaction. These areas to be deleted would be subtracted from the project using the unit price identified in the Schedule of Values for Landscape Related Items. The quantity of "42" shown spec section 40.02.07.B is to establish a value for negotiations.
Question 38. Bid Item 34-3, 18" Flap Gate, is for 1 each. However the project plans show 2 flap gates. One on sheet PP-73 and another on PP90. Please update the bid form accordingly.
Response 38.Bid Item 34-3 quantity has been revised from 1 to 2. See revised BID FORM NO. 1 (Rev 2) as ATTACHMENT 1 of this Addendum No. 4
THIS ADDENDUM NO. 4, WHICH CONTAINS 12 PAGES AND 5 ATTACHMENTS, IS ATTACHED TO AND IS A PART OF THE SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THIS PROJECT.
Christopher Hakes, P.E. Deputy Operating Officer Dam Safety and Capital Project Delivery
Enclosures: Attachment No. 1 - BID FORM NO.1 (Rev. 2) Attachment No. 2 - Sheet GC-1 O Attachment No. 3 - Sheet PP-23 Attachment No. 4 - Sheet C-112 Attachment No. 5 - Sheet GS-3
Date: _ _ t�o_lL-'-/1,__1 __ _
ADDENDUM NO. 4 Page 12 of 12
UPPER LLAGAS CREEK FLOOD PROTECTION PHASE 1: R4, PORTION RS, R7A, AND LAKE SILVEIRA PROJECT, C0645
ATTACHMENT 1 BID FORM NO. 1 (Rev 2)
THIS P
AGE INTENTIO
NALLY LE
FT BLA
NK
(Rev. 05/04/16)—Ver. 2 Upper Llagas Phase 1: R 4, R 5, R 7A and Lake Silveira
BID FORM NO. 1 (Rev.2) Proposal Form and Bid Items
Page 1 of 11
This form must be completed in ink and changes must be initialed.
Honorable Board of Directors Santa Clara Valley Water District (District )
Pursuant to, and in compliance with, the Notice to Bidders and the Contract Documents, relating to the UPPER LLAGAS CREEK FLOOD PROTECTION PROJECT, PHASE 1: REACH 4, PORTION OF REACH 5, REACH 7A, AND LAKE SILVEIRA MITIGATION, the undersigned Bidder having become thoroughly familiar with the terms and conditions of the Contract Documents and with local conditions affecting the performance and costs of the Work and having fully inspected the Work site in all particulars, hereby proposes and agrees to fully perform the Work, including providing any and all labor and materials and performing all Work required to construct and complete said Work within the contract time stated and in accordance with the requirements of the Contract Documents, for the following sum of money.
The undersigned Bidder agrees to complete all the Work within 2,095 calendar days from the first chargeable day of the Contract, as stated in the Notice to Begin Work. The Bidder agrees to enter into a Contract with Santa Clara Valley Water District and provide the required bonds and insurance in accordance with Articles 4.13 and 11.02 of the Standard Provisions. If the Bidder fails to meet these requirements within the time specified in Article 11.02 of the Standard Provisions the Bidder’s security accompanying this Proposal may be forfeited and become the property of the District. No Contract exists until all Contract bonds and insurance documents have been accepted by the District.
TOTAL BID: $ Bidder acknowledges receipt of the following Addenda to the Bid Documents: Addenda are posted online at https://www.valleywater.org/construction.
NO Addenda received
Addenda received as follows:
Addendum No. Date Addendum No. Date Addendum No. Date Addendum No. Date
Failure to acknowledge receipt of an Addendum on the Bid Form is not, in itself, cause for withdrawal or rejection of Bid, if it can be established that Bidder did, in fact, receive such Addendum prior to Bid opening.
The undersigned Bidder has read and understands, and will comply with, each and all of the requirements specified in these Bid Documents.
BIDDER’S COMPANY INFORMATION NAME: ADDRESS: CONTRACTOR’S CALIFORNIA LICENSE NUMBER: DATE OF EXPIRATION: LICENSE CLASSIFICATION(S): PHONE NO.: ( ) FAX NO.: ( ) EMAIL ADDRESS:
SIGNATURE BLOCK (Signature Block must be completed in ink and changes must be initialed.) Bidder’s Signature: Date:
Bidder’s Name and Title (Print):
(Rev. 05/04/16)—Ver. 2 Upper Llagas Phase 1: R 4, R 5, R 7A and Lake Silveira
BID FORM NO. 1 (Rev.2) Proposal Form and Bid Items
Page 2 of 11
This form must be completed in ink and changes must be initialed.
SECTION A — BASE BID
ITEM NO.
N
DESCRIPTION OF ITEM APPROXIMATE
QUANTITY UNIT
UNIT PRICE TOTAL
13-1 Mobilization/Demobilization Lump Sum Lump Sum
13-2 Dispute Resolution/Review Board Lump Sum Lump Sum
13-3 Professionally Facilitated Project Partnering
Lump Sum Lump Sum
14-1 Surveying Lump Sum Lump Sum
15-1 Site Review and Monitoring of Project Limits and Vicinity
Lump Sum Lump Sum
17-1 Noise Monitoring Lump Sum Lump Sum
18-1 Compliance with NPDES General Permit Lump Sum Lump Sum
18-2 Compliance with Regulatory Permits Lump Sum Lump Sum
19-1 Contractor’s Quality Control Lump Sum Lump Sum
22-1 Clearing and Grubbing Lump Sum Lump Sum
$50,000 $50,000
$50,000 $50,000
BID FORM NO. 1 (Rev.2) Proposal Form and Bid Items
Page 3 of 11
(Rev. 05/14/16)—Ver.2 Upper Llagas Phase 1: R 4, R 5, R 7A and Lake Silveira
ITEM NO.
N
DESCRIPTION OF ITEM APPROXIMATE
QUANTITY UNIT
UNIT PRICE TOTAL
22-2 Demolition Lump Sum Lump Sum
22-6 Remediation Sites Lump Sum Lump Sum
22-7 Monitoring Well Destruction 1
Each
22-9 Control of Water Lump Sum Lump Sum
22-10 Initial Himalayan Blackberry Control 94
1/8 Acre
22-11 Initial Giant Reed Control 2
1/8 Acre
22-12 Initial Yellowflag Iris Control Lump Sum Lump Sum
22-13 Non-Native Noxious and Invasive Plant Control Event
8 Each Event
22-14 Standing Snag Habitat Feature Lump Sum Lump Sum
22-15
Himalayan Blackberry Follow-up Herbicide Event 8
Each Event
BID FORM NO. 1 (Rev.2) Proposal Form and Bid Items
Page 4 of 11
(Rev. 05/14/16)—Ver.2 Upper Llagas Phase 1: R 4, R 5, R 7A and Lake Silveira
ITEM NO.
N
DESCRIPTION OF ITEM APPROXIMATE
QUANTITY UNIT
UNIT PRICE TOTAL
22-16 Giant Reed Follow-up Herbicide Event 8
Each Event
23-1 Excavation 745,000
Cubic Yards
23-2 Fill at Lake Silveira 110,000
Cubic Yards
23-3a Bedload Material Storage 3,500
Cubic Yards
23-3b Bedload Material Placement 2,200 Cubic Yards
23-4 Topsoil 111,000
Cubic Yards
25-1 Bike Trail Pavement 20
Cubic Yards
25-2 Driveway 2 Each
25-4 Maintenance Roads 15,000
Cubic Yards
25-5 Access Ramps 16
Each
BID FORM NO. 1 (Rev.2) Proposal Form and Bid Items
Page 5 of 11
(Rev. 05/14/16)—Ver.2 Upper Llagas Phase 1: R 4, R 5, R 7A and Lake Silveira
ITEM NO.
N
DESCRIPTION OF ITEM APPROXIMATE
QUANTITY UNIT
UNIT PRICE TOTAL
26-4 18-inch RCP Storm Drain - New140
Linear Feet
26-8 36-inch RCP Storm Drain – Modification1
Each
26-10 18-inch RCP Storm Drain Modification1
Each
26-15 Type 3 Outlet at Station 485+10 Lump Sum Lump Sum
27-1 Traffic Control Lump Sum Lump Sum
28-1 Uncoated Chain Link Fence (Type A1) 4,600
Linear Foot
28-2 Black Vinyl Coated Chain Link Fence (Type A2)
45,000 Linear Foot
28-3 Orange Fence (Exclusion Fence) 108,000
Linear Foot
28-4 Chain Link Gates – Single Swing Gate 5
Each
28-5 Chain Link Gates – Double Swing Gate 25
Each
BID FORM NO. 1 (Rev.2) Proposal Form and Bid Items
Page 6 of 11
(Rev. 05/14/16)—Ver.2 Upper Llagas Phase 1: R 4, R 5, R 7A and Lake Silveira
ITEM NO.
N
DESCRIPTION OF ITEM APPROXIMATE
QUANTITY UNIT
UNIT PRICE TOTAL
28-6 Miscellaneous Fencing Lump Sum Lump Sum
28-7 Poppy Jasper Mine Security Enclosure Lump Sum Lump Sum
30-1 Rock Slope Protection 5,300 Ton
30-2 Type 1 Grade Control Structures 13
Each
30-7 Chute and Pool Feature on Llagas Creek (Sta. 239+00 C-Line-1)
Lump Sum Lump Sum
30-8Chute and Pool Feature on Llagas
Creek Near Lake Silveira (Sta. 4005+00 C-Line-4)
Lump Sum Lump Sum
30-9 Instream Complexity Structure – Log-Rootwad Structure
163 Each
30-10Instream Complexity Structure –
Combination Log-Rootwad Boulder Structure
1 Each
30-11 Instream Complexity Structure – Stream Boulder
40 Each
30-12 Instream Complexity Structure – Triangular Boulder Cluster
39 Each
BID FORM NO. 1 (Rev.2) Proposal Form and Bid Items
Page 7 of 11
(Rev. 05/14/16)—Ver.2 Upper Llagas Phase 1: R 4, R 5, R 7A and Lake Silveira
ITEM NO.
N
DESCRIPTION OF ITEM APPROXIMATE
QUANTITY UNIT
UNIT PRICE TOTAL
30-13 Instream Complexity Structure – Wing Deflector
2 Each
30-14 Instream Complexity Structure – Coarse Woody Habitat
14 Each
30-16 Instream Complexity Structure – Spider Structure
1 Each
30-17 Erosion Control Blanket 3,200
Square Yard
34-3 18-inch Flap Gate2
Each
40-1 Planting Area Preparation Lump Sum Lump Sum
40-2 Single-Log Installation 32
Each
40-3 Five-Log Pile Installation 43
Each
40-4 Broadcast Seeding 7
Acres
40-5 Hydroseeding 75
Acres
BID FORM NO. 1 (Rev.2) Proposal Form and Bid Items
Page 8 of 11
(Rev. 05/14/16)—Ver.2 Upper Llagas Phase 1: R 4, R 5, R 7A and Lake Silveira
ITEM NO.
N
DESCRIPTION OF ITEM APPROXIMATE
QUANTITY UNIT
UNIT PRICE TOTAL
40-9 Irrigation Standpipe System Lump Sum Lump Sum
40-10 Irrigation Automated System Lump Sum Lump Sum
40-11 Irrigation Sleeve 1,000
Linear Foot
40-12 Planting Lump Sum Lump Sum
40-19 Establishment Maintenance 36
Month
41-1 Improvements at Lake Silveira Lump Sum Lump Sum
41-2 Improvements at Watsonville Road Lump Sum Lump Sum
41-3 Improvements at Middle Avenue Lump Sum Lump Sum
41.4 Improvements at Monterey Road Lump Sum Lump Sum
41-5 Improvements at Masten Avenue Lump Sum Lump Sum
BID FORM NO. 1 (Rev.2) Proposal Form and Bid Items
Page 9 of 11
(Rev. 05/14/16)—Ver. 2 Upper Llagas Phase 1: R 4, R 5, R 7A and Lake Silveira
ITEM NO.
N
DESCRIPTION OF ITEM APPROXIMATE
QUANTITY UNIT
UNIT PRICE TOTAL
41-6 Improvements at Rucker Avenue Lump Sum Lump Sum
41-7 Improvements at Buena Vista Avenue Lump Sum Lump Sum
41-29 Culvert at Drainage E (Station 183+75) Lump Sum Lump Sum
41-30 Culvert at Drainage F (Station 113+50) Lump Sum Lump Sum
41-31 Culvert at Rucker Creek (Station 108+00)
Lump Sum Lump Sum
41-32 Culvert at Church Creek (Station 707+00)
Lump Sum Lump Sum
42-1 Removal and Legal Disposal of Hazardous Waste Materials
3,300 Cubic Yard
42-2 Removal and Legal Disposal of Non-Hazardous Waste (Class II) Material
6,500 Cubic Yard
42-3 Excavated Materials Management Lump Sum Lump Sum
TOTAL BASE BID SECTION A: SUBTOTAL
BID FORM NO. 1 (Rev.2) Proposal Form and Bid Items
Page 10 of 11
(Rev. 05/14/16)—Ver.2 Upper Llagas Phase 1: R 4, R 5, R 7A and Lake Silveira
SECTION B — SUPPLEMENTAL CONTRACT ITEMS
ITEM NO. DESCRIPTION OF ITEM
APPROXIMATE QUANTITY
UNIT
UNIT PRICE TOTAL
SECTION B: SUPPLEMENTAL CONTRACT ITEMS These Bid Items may or may not be required. They may be deleted entirely or in part
at the sole discretion of the District. See Section 20.01.03 of these Specificatons
22-8 Water Well Destruction 1 Each
23-3c Imported Bedload Material 2,000 Ton
30-5 Grade Transition Structure at East Little Llagas Creek (Sta. 709+00 C-Line-2)
Lump Sum Lump Sum
40-6 Hydroseed Irrigation 1 Event
40-7 Broadcast Re-Seeding 9
1/8 Acre
40-8 Hydroseed Re-Seeding 14
Acre
40-13 Foliage Protection Cage Installation 100
Each
40-14 Root Protection Cage 100
Each
BID FORM NO. 1 (Rev.2)Proposal Form and Bid Items
Page 3 of 3
This form must be completed in ink and changes must be initialed.
SECTION B — SUPPLEMENTAL CONTRACT ITEMS
Upper Llagas Phase 1: R 4, R 5, R 7A and Lake Silveira
(Rev. 05/04/16)—Ver.2
ITEM NO.
DESCRIPTION OF ITEM
APPROXIMATE QUANTITY
UNIT
UNIT PRICE
TOTAL
40-15 Supplemental Plug Container Plants
100
Each
40-16Supplemental Giant Reed Follow-up
Herbicide Control Event
2
Event
40-17Supplemental Himalayan Blackberry
Follow-up Herbicide Control Event
3
Event
40-18 Giant Reed Biomass Removal
1
Thousand Square Feet
40-20 Cutting Installation 100
Each
TOTAL SUPPLEMENTAL BID SECTION B SUBTOTAL:
TOTAL BID (SECTION A SUBTOTAL + SECTION B SUBTOTAL)
Total Bid (Section A Subtotal + Section B Subtotal ) will be used to determine the lowest bid.
THIS P
AGE INTENTIO
NALLY LE
FT BLA
NK
ATTACHMENT 2 Sheet GC-10
THIS P
AGE INTENTIO
NALLY LE
FT BLA
NK
SOLI
CIT
ATIO
N N
O.:
FILE
NAM
E:
DR
AWN
BY:
CH
ECKE
D B
Y:
DES
IGN
ED B
Y:
DES
CR
IPTI
ON
1
D
2 3
C
4 5
A
B
MAR
KAP
PR
DAT
E:
FILE
NU
MBE
R:
SIZE
:D
ATE
CO
NTR
ACT
NO
.:
SHEET NUMBER
PAGE OF
®US Army Corpsof Engineers
22 x
34
April
201
9
FLO
OD
PR
OTE
CTI
ON
PR
OJE
CT
UPP
ER L
LAG
AS C
REE
KSA
NTA
CLA
RA
CO
UN
TY
C
ALIF
OR
NIA
0027
-009
-GC
1-G
C16
-PH
ASE
1.D
WG
RMC PROJ MNGRC27169
C46659
423
RMC PRINCIPAL
SUBMITTED:
GLENN HERMANSON
APPROVED:RMC TECH MNGR
SCVW
D P
RO
JEC
T N
O.
2617
4052
LYNDEL MELTON
C06
45SM
GC-10
PHAS
E 1
AND
PH
ASE
2C
IVIL
DET
AILS
5
G. H
erm
anso
n
J. M
ay
R. B
iche
tte
205
UPL
_UL_
GC
_502
7_62
296
ATTACHMENT 3 Sheet PP-23
THIS P
AGE INTENTIO
NALLY LE
FT BLA
NK
PP-23
PH
AS
E 1
PL
AN
A
ND
P
RO
FIL
E
ST
A 4
73
+0
0 T
O 4
81
+0
0
99
SO
LIC
IT
AT
IO
N N
O.:
FILE
N
AM
E:
DR
AW
N B
Y:
CH
EC
KE
D B
Y:
DE
SIG
NE
D B
Y:
DE
SC
RIP
TIO
N
1
D
2 3
C
4 5
A
B
MA
RK
AP
PR
DA
TE
:
FILE
N
UM
BE
R:
SIZ
E:
DA
TE
CO
NT
RA
CT
N
O.:
SHEET NUMBER
PAGE OF
®
US Army Corps
of Engineers
22 x 34
April 2019
FLO
OD
P
RO
TE
CT
IO
N P
RO
JE
CT
UP
PE
R LLA
GA
S C
RE
EK
SA
NT
A C
LA
RA
C
OU
NT
Y C
ALIF
OR
NIA
RE
AC
H 7A
P
LA
N-P
RO
.D
WG
RMC PROJ MNGRC27169
C46659
423
SM
RMC PRINCIPAL
SUBMITTED:
GLENN HERMANSON
APPROVED:
RMC TECH MNGR
SC
VW
D P
RO
JE
CT
N
O.
26174052
LYNDEL MELTON
C0645
SA
T, M
ER
LJK
, M
ER
CD
A
(408) 246-4848SANTA CLARA, CA 95050
1171 HOMESTEAD ROAD, STE 255CONSULTING CIVIL ENGINEERS
Schaaf Wheeler
UP
L_U
L_P
P_5027_62190
ATTACHMENT 4 Sheet C-112
THIS P
AGE INTENTIO
NALLY LE
FT BLA
NK
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
X
3
4
0
3
3
9
3
3
8
3
4
1
3
4
2
3
4
3
3
3
6
3
3
5
3
3
6
3
3
7
3
3
8
3
3
9
3
4
0
3
4
1
651
652
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
S
F
3
4
1
3
4
2
3
4
3
3
4
4
3
4
5
3
3
6
3
3
7
3
3
8
3
3
9
3
4
0
3
4
1
3
4
2
3
4
3
SO
LIC
IT
AT
IO
N N
O.:
FILE
N
AM
E:
DR
AW
N B
Y:
CH
EC
KE
D B
Y:
DE
SIG
NE
D B
Y:
DE
SC
RIP
TIO
N
1
D
2 3
C
4 5
A
B
MA
RK
AP
PR
DA
TE
:
FILE
N
UM
BE
R:
SIZ
E:
DA
TE
CO
NT
RA
CT
N
O.:
SHEET NUMBER
PAGE OF
®
US Army Corps
of Engineers
22
x 3
4
Ap
ril 2
01
9
FL
OO
D P
RO
TE
CT
IO
N P
RO
JE
CT
UP
PE
R L
LA
GA
S C
RE
EK
SA
NT
A C
LA
RA
C
OU
NT
Y C
AL
IF
OR
NIA
PO
PP
Y JA
SP
ER
.D
WG
RMC PROJ MNGRC27169
423
SM
RMC PRINCIPAL
SUBMITTED:
APPROVED:
SC
VW
D P
RO
JE
CT
N
O.
26
17
40
52
LYNDEL MELTON
C0
64
5
UP
L_
UL
_C
_5
02
7_
62
33
0
C-112
PO
PP
Y JA
SP
ER
M
IN
E
SE
CU
RIT
Y E
NC
LO
SU
RE
P
LA
N
N. P
HA
M
N. P
HA
M
S. F
ER
RA
NT
I
239
N
ATTACHMENT 5 Sheet GS-3
THIS P
AGE INTENTIO
NALLY LE
FT BLA
NK